23948sdkhjf

Fakta om udbudet

EU-nr
2022/S 235-677804
Offentliggjort
06.12.2022
Udbudstype
Resultat

Udbyder

DSB

Offshore IT Resource Partner


DSB

Bekendtgørelse om indgåede kontrakter – forsyningsvirksomhed

Resultat af udbudsproceduren

Tjenesteydelser

Retsgrundlag:
Direktiv 2014/25/EU

Del I: Ordregivende enhed

I.1) Navn og adresser
Officielt navn: DSB
CVR-nummer: 25 05 00 53
Postadresse: Telegade 2
By: Taastrup
NUTS-kode: DK Danmark
Postnummer: 2630
Land: Danmark
Kontaktperson: Mikael Celta
E-mail: miryce@dsb.dk
Telefon: +45 24683013
Internetadresse(r):
Overordnet internetadresse: www.dsb.dk
Internetadresse for køberprofilen: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/63264
I.2) Information om fælles indkøb
Kontrakten tildeles af en indkøbscentral
I.6) Hovedaktivitet
Jernbanetransport

Del II: Genstand

II.1) Udbuddets omfang
II.1.1) Betegnelse:

Offshore IT Resource Partner

Sagsnr.: MICE/2022/02
II.1.2) Hoved-CPV-kode
72000000 It-tjenester: rådgivning, programmeludvikling, internet og support
II.1.3) Kontrakttype
Tjenesteydelser
II.1.4) Kort beskrivelse:

The scope of this Framework agreement “Offshore IT Resource Partner” is to enter into a Frame-work Agreement with one Supplier, which can deliver Consultants in the relevant categories at an hourly rate in the context of Offshore IT Consultancy. The delivery of consultants in the context of nearshore IT Consultancy, does not require a Offshore center.

II.1.6) Oplysninger om delkontrakter
Kontrakten er opdelt i delkontrakter: nej
II.1.7) Udbuddets samlede værdi (eksklusive moms) (Må dette offentliggøres? ja)
Værdi eksklusive moms: 100 000 000.00 DKK
II.2) Beskrivelse
II.2.2) Supplerende CPV-kode(r)
72000000 It-tjenester: rådgivning, programmeludvikling, internet og support
II.2.3) Udførelsessted
NUTS-kode: DK Danmark
Hovedudførelsessted:

Outside Europe

II.2.4) Beskrivelse af udbuddet:

The scope of this Framework agreement “Offshore IT Resource Partner” is to enter into a Frame-work Agreement with one Supplier, which can deliver Consultants in the relevant categories at an hourly rate in the context of Offshore IT Consultancy. The delivery of consultants in the context of nearshore IT Consultancy, does not require a Offshore center.

The primary service under the Framework Agreement is the delivering of Consultants in the following categories via auto-mated processes supported by a Service Organization:

o SAP resources

o IT Architects

o IT Project Managers

o IT developers

II.2.5) Tildelingskriterier
Kvalitetskriterium - Navn: Service Delivery / Vægtning: 40
Kvalitetskriterium - Navn: Consultant provisioning / Vægtning: 25
Pris - Vægtning: 35
II.2.11) Oplysninger om optioner
Optioner: nej
II.2.13) Oplysninger om EU-midler
Udbuddet vedrører et EU-finansieret projekt og/eller program: nej
II.2.14) Yderligere oplysninger

DSB will complete minimum one round of negotiation. As regards to section II.2.6), it should be noted that the amount is an estimate of the expected contract price for the entire duration of the contract, including all options, where expected savings and efficiency improvements are taken into account.

Del IV: Procedure

IV.1) Beskrivelse
IV.1.1) Proceduretype
Forhandlingsprocedure med forudgående indkaldelse af tilbud
IV.1.3) Oplysninger om rammeaftale eller dynamisk indkøbssystem
Udbuddet indebærer udarbejdelse af en rammeaftale
IV.1.8) Oplysninger om GPA-aftalen om offentlige udbud
Dette udbud er omfattet af GPA-aftalen: ja
IV.2) Administrative oplysninger
IV.2.1) Tidligere offentliggørelse om samme kontrakt
Bekendtgørelsens nummer i EUT S: 2022/S 140-401755
IV.2.8) Oplysninger om opsigelse af dynamisk indkøbssystem
IV.2.9) Oplysninger om ophør af indkaldelse af tilbud i form af en vejledende periodisk bekendtgørelse

Del V: Kontrakttildeling

Kontraktnr.: 1
Betegnelse:

Offshore IT Resource Partner

En kontrakt/delkontrakt tildeles: ja
V.2) Kontrakttildeling
V.2.1) Dato for indgåelse af kontrakten:
16/11/2022
V.2.2) Oplysninger om tilbud
Antal modtagne tilbud: 3
Antal tilbud modtaget elektronisk: 3
Kontrakten er blevet tildelt en sammenslutning af økonomiske aktører: nej
V.2.3) Kontrahentens navn og adresse
Officielt navn: Cognizant Technology Solutions
CVR-nummer: 31160502
Postadresse: Bredgade 6
By: Køebnhavn
NUTS-kode: DK Danmark
Postnummer: 1260
Land: Danmark
E-mail: christian.staalby@cognizant.com
Telefon: +45 30463443
Kontrahenten er en SMV: nej
V.2.4) Oplysninger om kontraktens/delkontraktens værdi (eksklusive moms) (Må dette offentliggøres? ja)
Kontraktens/delkontraktens oprindeligt anslåede samlede værdi: 100 000 000.00 DKK
Kontraktens/delaftalens samlede værdi: 100 000 000.00 DKK
V.2.5) Oplysninger om underentreprise
V.2.6) Pris, der er betalt for lejlighedskøb

Del VI: Supplerende oplysninger

VI.3) Yderligere oplysninger:

Participation in the tendering procedure may only take place via the electronic tendering

system used by DSB, see section I.3). For access to the procurement documents, the candidate must be registered or regis-ter as a user.

All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. DSB would prefer that questions regarding prequalification are submitted within 15 April 2019.

The candidate must as its application to participate in the tender submit an ESPD as preliminary documentation of the cir-cumstances in section 148(1), paras (1)-(3) of the Danish Public Procurement Act, cf. s.11 of Ministerial Order on procure-ment by entities operating in the water, energy, transport and postal services sectors (“Ministerial Order”). The ESPD docu-ment is to be completed directly in the electronic tendering system. See the address set out in section I.3).

For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating economic operator. A group of operators shall besides the ESPD documents submit a signed Consortium Declaration declaring that each operator in the consortium is jointly and severally liable, directly and unconditionally, to the contracting entity for any obligation in relation to the consortium‘s tender. The candidate is encouraged to use the template for consortium declaration, cf. Appen-dix H.

If the candidate relies on the capacity of other entities, an ESPD must be submitted for each of the entities on which the candidate/tenderer relies. The candidate must prove that the necessary resources from the supporting entities will be made available to the candidate. The supporting entity/entities shall undertake joint and several liability to the contracting entity for any obligation made in the declaration. The candidate is encouraged to use the template for support declaration, cf. Appendix I.

The candidate will be excluded from participation in the tendering procedure if the candidate is subject to the compulsory grounds for exclusion set out in ss.135 and 136 of the Danish Public Procurement Act, cf. s.10, para. (1) of Ministerial Order, unless the candidate has submitted sufficient documentation for its reliability cf. s.138 of the Danish Public Procurement Act, cf. s.10(1), para. (2) of the Danish Implementing Order (implementeringsbekendtgørelsen).

DSB intends to ask the applicants to provide documentation for their fulfillment of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act, cf. s.11 of Ministerial Order after pre-qualification. The type of documentation depends of the documentation issued in the relevant country.

Before the decision to award the contract is made, the tenderer to whom DSB intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151 and 152(3), cf. section 11 of the Danish Implementing Order.

Interested operators are requested to keep updated via the electronic tendering system.

In the event of change of the tenderer, the provisions of s.147 of the Danish Public Procurement Act will apply in their en-tirety.

An information meeting will be held 3th of April. For more information see the tender specifications.

DSB may ask the candidate to supplement, specify or complete the application pursuant to Article 76, para. (4) of the Utili-ties Directive if the application does not comply with the formal requirements of the tender documents.

The procurement is conducted subject to the achievement of the necessary funding basis.

VI.4) Klageprocedurer
VI.4.1) Organ med ansvar for klageprocedurerne
Officielt navn: Klagenævnet for Udbud
Postadresse: Toldboden 2
By: Viborg
Postnummer: 8800
Land: Danmark
E-mail: klfu@naevneneshus.dk
Telefon: +45 72405708
Internetadresse: https://erhvervsstyrelsen.dk/klagevejledning-0
VI.4.2) Organ med ansvar for mæglingsprocedurerne
Officielt navn: Konkurrence- og Forbrugerstyrelsen
Postadresse: Carl Jacobsens Vej 35
By: Valby
Postnummer: 2500
Land: Danmark
E-mail: kfst@kfst.dk
Telefon: +45 41715000
VI.4.3) Klageprocedure
Præcise oplysninger om klagefrist(er):

VI.4.3) Review procedure

Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints:

Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer if the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para. (1) of the Act.

In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of:

1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published.

2) 30 calendar days calculated from the day after the day when the contracting entity has notified the tenderers concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification includes an explanation of the relevant grounds for the decision.

3) 6 months after the contracting entity has entered into a framework agreement calculated from the day after the day when the contracting entity has notified the affected applicants and tenderers, see section 2(2) of the Act.

Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see clause 12(1) of the Act.

The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1).

The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/

VI.4.4) Tjeneste, hvor der kan fås oplysninger om klageproceduren
Officielt navn: Konkurrence- og Forbrugerstyrelsen
Postadresse: Carl Jacobsens Vej 35
By: Valby
Postnummer: 2500
Land: Danmark
E-mail: kfst@kfst.dk
Telefon: +45 41715000
Internetadresse: http://www.kfst.dk
VI.5) Dato for afsendelse af denne bekendtgørelse:
01/12/2022

Send til en kollega

0.109